SOURCES SOUGHT
65 -- RECOVERY - Visualization Web Medical Imaging - Statement of Work
- Notice Date
- 9/10/2009
- Notice Type
- Sources Sought
- NAICS
- 334611
— Software Reproducing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- NIHCL20090042
- Archive Date
- 10/5/2009
- Point of Contact
- Barbara Taylor, Phone: 301-594-5915, Dianna Snowden, Phone: 301-594-5917
- E-Mail Address
-
Barbara_Taylor@nih.gov, dianna_snowden@nih.gov
(Barbara_Taylor@nih.gov, dianna_snowden@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 - Statement of Work This is not a Request for Proposal (RFP). This is a sources sought notice solely issued to identify qualified firms capable of providing a thin client web based solution for an existing stand alone advanced visualization workstation located in the Department of Radiology and Imaging Sciences. This department provides imaging services to the National Institutes of Health Clinical Center and its patients who participate in research protocols conducted by the various NIH Institutes. Imaging services include X-rays, fluoroscopy, mammography, ultrasound, magnetic resonance imaging (MRI) scans, computed tomography (CT) scans and interventional radiology (special procedures). Diagnostic services in ultrasound, digital mammography, positron emission tomography/computed tomography (PET/CT) and nuclear medicine are also provided. All these diagnostic modalities generate clinical diagnostic images that are sent to and archived on the Department of Radiology and Imaging Science’s Picture Archiving and Communication System (PACS) and then viewed by the departmental radiologists on advanced visualization workstations. The advanced visualization workstations are medical diagnostic imaging systems that utilize computerized visualization techniques to provide enhanced image displays, e.g. 3D or 4D displays. The visualization workstations provide the radiologists with a means to further process and review the images stored in the PACS. Advanced visualization technology is needed by the NIH Clinical Center to make radiologic diagnosis easier, faster, more reliable and consistent with the state of the art in medical imaging quality of patient care. RECOVERY SOURCES SOUGHT NOTICE Purpose: The purpose of this Sources Sought Notice is to identify qualified small business concerns including Small disadvantaged businesses, Women-owned small businesses, Hubzone small businesses, and Service-Disabled Veteran-owned small business concerns that are interested in and capable of performing the work described herein. We encourage teaming. The Office of Purchasing and Contracts does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. This Sources Sought Notice (SS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. Interested parties are expected to review this Notice and the draft Statement of Work to familiarize yourself with the requirements of this project; failure to do so will be at your firm’s own risk. As a result of this Sources Sought Notice, the Office of Purchasing and Contracts may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against the Office of Purchasing and Contracts (OPC) shall arise as a result of a response to this Sources Sought Notice or the Office of Purchasing and Contracts use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The purpose of this project is to locate a provider who can provide an upgrade to the existing GE Advantage (AW) standalone workstations to a thin client web base solution that can offer a total integrated imaging package consisting of all the functionalities, including all the diagnostic viewing options and clinical applications contained in the GE Advantage (AW)standalone workstation package. (See draft SOW). Concurrently the associated hardware and software must fully support the required applications including Multi Planar Reconstruction (MPR), Maximum Intenstity Projection (MIP) and Volume Rendering. A web interface capable of interacting with the system must provide a comparable performance to the GE Advantage’s standalone workstation without noticeable delay and latency (20ms or lower). The acquired upgraded imaging system must significantly decrease clinical diagnostic viewing times, it must increase diagnostic reliability, it must provide state of the art viewing capabilities, it must interface with the existing Clinical Center PACS - providing automated synchronization of results with the PACS, and it must meet NIH’s security and confidentiality specifications. The NIH is thus pursuing a contractor capable of providing a smooth, virtually seamless - with minimal retraining of staff, thin client upgrade to the existing GE Advantage workstation software. See draft Statement of Work for all technical requirements and specifications. GE Health of Waukesha, WI is the only party known to OPC that can meet the above requirements. GE Healthcare is the manufacturer of the GE Advantage workstation. As such GE Healthcare, is the only source who can provide the components required to expand the capabilities of its workstations to a thin client based solution. The advanced visualization technology provided by the GE Advance visualization software is an important component of the Radiology and Enterprise’s image viewing experience. The upgrade involves proprietary software manufactured by GE Healthcare and hardware designed to meet GE exacting requirements. A seamless integration and the interaction of the hardware specified by GE Healthcare are required to assure the integrity and functionality of the advanced visualization software. Further stipulations are that the upgraded thin client system must interface with all the devices and systems currently supported by the GE Advantage workstations and must conform to NIH security and confidentiality specifications. This is not a solicitation for competitive quotes however, if any other interested party believes that it can meet the requirements it may submit a statement of capabilities. Description of Information to be included in the Capability Statement: Tailored Capability Statements shall demonstrate a clear understanding of all requirements specified in the draft SOW. Tailored Capability Statements for this requirement shall address the following three (3) areas: 1)The organization’s technical understanding /approach to meeting the objectives in draft SOW, including timelines and ability to upgrade existing standalone workstation to thin client web based enterprise solution that will allow access to all clinical visualization applications from any authorized Clinical Center personal computer or PACS viewing station. 2)Contractor must be able to furnish the equipment- hardware/software, along with installation, training, and support requirements in draft SOW. 3)Contractor must meet all security, HIPAA, and integration standards as outlined in SOW. A copy of the draft Statement of Work (SOW), which is subject to revisions, may be accessed in the attachment. NAICS Code and Size Standard: In the event an RFP is issued, North American Industry Classification System (NAICS) code 334517 with a size standard of 500 employees is being considered. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 15 single sided pages including all attachments, resumes, charts, etc... (single spaced, 12 point font minimum) that clearly details the firm’s ability to perform the aspects of the notice described above and in the draft SOW. All proprietary information should be marked as such. Tailored capability statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern’s name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. If there are any responsible contractors who meet the capabilities cited to perform the requirement, they may submit experience, capabilities and qualifications as outlined above which will be considered by the NIH. This sources sought notice is not a request for competitive proposals. However, all information received within ten (10) calendar days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon reasons to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purposes of determining whether to conduct a competitive procurement. 2. Due Date: Tailored capability statements are due no later than 4:00PM (Eastern Prevailing Time) on Sept 20, 2009. 3. Number of Copies and Delivery Point: 3 Barbara Taylor, Contracting Officer Office of Purchasing and Contracts, CC 6707 Democracy Blvd, Suite 106 Bethesda, MD 20892-0001 Please submit one (1) original and two (2) copies of your response as follows: All responses must be received at OPC by the specified due date and time in order to be considered. The original document must be readily accessible for date stamping purposes. Facsimile responses will not be accepted. Point of Contact: Inquiries concerning this Notice may be direct to: Barbara Taylor, Contracting Officer E-mail: taylorb@nih.gov or Phone: 301-594-5915 ATTACHMENTS: Draft Statement of Work (SOW)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIHCL20090042/listing.html)
- Place of Performance
- Address: National Institutes of Health, Clinical Center, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01948452-W 20090912/090910235806-b837ec7eeec9f2e64093be8562da924f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |